Loading...
HomeMy Public PortalAbout22-9962 Contract with H&R Paving for Roadway ResurfacingSponsored by: City Manager RESOLUTION NO. 22-9962 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK THE MIAMI DADE COUNTY CONTRACT WITH H&R PAVING, INC. FOR QUALIFIED PROFESSIONAL SERVICES FOR ROADWAY RESURFACING SERVICES AND SIDEWALK INSTALLATION, AND ENTER INTO AN AGREEMENT WITH H&R PAVING, INC FOR THE INSTALLATION OF 2.7 MILES OF NEW SIDEWALK, WITHIN THE CITY OF OPA-LOCKA, IN AN AMOUNT NOT TO EXCEED FOUR HUNDRED SEVENTY FOUR THOUSAND, NINE HUNDRED FORTY THREE DOLLARS ($474,943); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") initiated the Sidewalk Installation Project ("Project") to install new sidewalks in all areas within the City lacking sidewalks. Staff has divided the Project into phases based on priority needs in order to spread out the fiscal impact over time; and WHEREAS, Phase 1 of the Project is complete and Phase II is nearly complete. The City Manager recommends continuing this project while the Contractor is already working within the City and finalizing Phase II in an effort to prevent delays from transitioning from one phase to the next. The overall project will enhance the City's image as well as address safety issues; and WHEREAS, on July 22, 2020, the City Commission adopted Resolution 20-9782 to piggyback a Miami -Dade County contract with H&R Paving, Inc. ("Contractor") for Roadway Resurfacing and Sidewalk Installation, which allowed the City to enter into an agreement with the Contractor to complete Sidewalk Installation, Phase I, for Three Hundred Thirty -Eight Thousand, One Hundred Thirty -Nine Dollars, and Seventy -Five Cents ($338,139.75); and WHEREAS, on July 28, 2021, the City Commission adopted Resolution 21-9891 to piggyback a Miami -Dade County contract with Contractor, which allowed the City to enter into an agreement with the Contractor for the installation of a new sidewalk in the Town Center area, Phase II, in an amount not to exceed Two Hundred Fifty -Seven Thousand, Two Hundred, Nine Dollars ($257,209); and Resolution No. 22-9962 WHEREAS, Miami -Dade County previously awarded a contract to H&R Paving Inc. for roadway resurfacing services and sidewalk installation (attached as Exhibit "A"), pursuant to its Request for Price Qualifications (RPQ) No. 20200203, for a one and a half year period commencing January 4, 2021 through June 28, 2022; and WHEREAS, pursuant to Section 2-318(3) of the City's Purchasing Code (as approved by Ordinance 2020-07) the City may purchase and acquire under contracts with the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs and when the City Manager has determined that the prices of the original contract are competitive and reasonable; and WHEREAS, the City received a proposal from H&R Paving, Inc., attached hereto as Exhibit "B", for Four Hundred Seventy Four Thousand, Nine Hundred Forty Three Dollars ($474,943) for the installation of 2.7 miles of sidewalk throughout the City (Phase III); and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback the Miami -Dade County contract with H&R Paving Inc., attached hereto as Exhibit "A", in order to benefit from already negotiated rates and enter into an agreement, attached hereto as Exhibit "C", for the installation of 2.7 miles of sidewalk, throughout the City, in an amount not to exceed Four Hundred Seventy Four Thousand, Nine Hundred Forty Three Dollars ($474,943). NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to piggyback on the Miami -Dade County contract with H&R Paving Inc. for qualified professional services for roadway resurfacing services and sidewalk installation and enter into an Agreement with H&R Paving, Inc., attached hereto as Exhibit "C", for the installation of 2.7 miles of new sidewalk, within the City of Opa-Locka, in an amount not to exceed Four Hundred Seventy Four Thousand, Nine Hundred Forty Three Dollars ($474,943). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of 2 Resolution No. 22-9962 typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, following review by the City Attorney, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED AND ADOPTED this 9th day of March, 2022. eronica J. Will a s, Mayor ATTEST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUF _ CIENCY: Bu na • - e Norris- eeks, P.A. City Attorney Moved by: Vice Mayor Taylor Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: • ` �- City Manager: James B. Wright CM Signature: Commission Meeting Date: 03/09/2022 Item Type: (EnterX in box) Resolution rdinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1s1 Reading 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Accour►try : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X IN • Image • No Sponsor Name City Manager Department: City Manager Short Title: Project No. 2022-08-006 for Sidewalk Installation - Phase III Staff Summary: The City initiated the Sidewalk Installation Project to install new sidewalks in all areas lacking sidewalks. Staff has divided the project into phases based on prioritized needs to spread out the fiscal impact over time. Phase 1 is complete, Phase 11 is almost done, and it is recommended to continue with the developed scope for Phase 111 which is a budgeted project for FY 2022. We would like to piggyback a Miami -Dade County contract with H&R Paving, Inc for Roadway Resurfacing and Sidewalk Installation in response to the RFQ No. 20200203, which allowed the City to enter into an agreement with the vendor to complete sidewalk installation. Staff received a proposal for $474,94 for installation of 2.7 miles of sidewalk. Staff recommends continuing this project while the vendor is already working in the City, finalizing Phase 11, to prevent delays from transitioning from one phase to the next. This project will enhance the City's image as well as address safety issues. Therefore, Staff is requesting approval from the City Commission to authorize the City Manager to piggyback Miami -Dade -County RFQ# 20200203 for Roadway Resurfacing and Sidewalk Installation and to accept the proposal from H&R Paving, Inc for completion of Phase III. Financial Impact This is a budgeted project as follows: Account Description Available Project Remaining Balance 44-541835 Sidewalks $500,000 $474,943 $25,057 Proposed Action: Staff recommends approval of this item to enhance City appearance and to address safety issues. Attachment: 1. Agenda 2. Proposal provided by H&R Paving, Inc 3. Street Map 4. MDC NTP Letter and BID form Package in response to the RFQ No. 20200203 5. Opa-locka Piggyback Contract, 1955 N.W. 110 Ave., Miami, FL 33172 Telephone: (305) 261-3005 Fax: (305) 592-6079 LICENSED AND INSURED TO CITY OF OPA LOCKA 780 FISHERMAN ST OPA- LOCKA, FLORIDA 33054 CONTACT PROPOSAL QUOTE NO. DATE: 2-11-22 JOB SIDEWALK CONSTRUCTION PHASE 3 RFQ: 20200203 - Miami Dade County PHONE We hereby propose to furnish all labor, material, equipment and insurance, SUBJECT TO ALL TERMS AND CONDITIONS AS SET FORTH ON BOTH SIDES OF THIS PROPOSAL, AS FOLLOWS: Item # Description Quantity Unit Price Contract Amount 1 Mobilization 1.00 $ 1.00 $ 1.00 2 Barricades 2,400.00 $ 0.25 $ 600.00 3 Work Zone Signs 400.00 $ 0.01 $ 4.00 4 Base Prep. For New Sidewalk 7,920.00 $ 20.00 $ 158,400.00 5 Install New 4" Sidewalk 7,000.00 $ 36.22 $ 253,540.00 6 Install New 6" Sidewalk 900.00 $ 36.22 $ 32,598.00 7 Detectable Warning 500.00 $ 26.00 $ 13,000.00 8 Adjust Manhole 10.00 $ 350.00 $ 3,500.00 9 Adjust Valve 10.00 $ 280.00 $ 2,800.00 10 Install Curb and Gutter 500.00 $ 21.00 $ 10,500.00 TOTAL $ 474,943.00 We hereby propose to furnish labor and materials - complete in accordance with the above specifications, for the sum shown above, with payment to be made as follows: NOTE: Cost of Permits to be billed additionally. Subgrade preparation if required under equipment rental basis. This proposal subject to acceptance within 30 days and is void thereafter at the option of H & R Paving, Inc. (READ REVERSE SIDE) Authorized Signature• ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above.1/3 upon acceptance,1/3 when rock base is in place, balance upon completion. INTEREST will be charged on all delinquent accounts at the highest legal rate of interest allowable under the laws of the state of Florida. ACCEPTED: Signature: Date: Signature: z 0 0-11 u oc z 0 u J a W CI MIAMI•DADE December 31, 2020 .Raul Gonzalez H & R Paving, Inc. 1955 M.W1.11 O Avenue Miami. Florida 33172. Re: Notice of Proceed tor MCC 7360 Plan = CICC 7360- 0/08 .RPQ No: 20200203 - Roadway Resurfacing Multiple Sites • Department of Transportation and Public Works Capital Improvements Division 111 NW 1a Street, 141 Floor Miami, FL 33128 T 305-375-1918 F 305-375-5909 CERTIFIED MAIL No: 7013 3020 0001 9453 3672 TELEPHONE: (305)-261.3005 EMAIL: abe(a,,hxpavina.com Dear. Raul Gonzalez: • .. This letter will serve as your notification that you are to proceed with the work described in RPQ# 20200203 starting Monday, January 4th, 2021 and that all work must be completed on schedule in accordance with the contract documents. The time allotted for the contract is 540 consecutive calendar days which results in a scheduled completion date of Tuesday, June 28th, 2022. In the event the project is not completed by the scheduled completion date and a time extension has not been granted, your firm shall be subject to any liquidated and or stipulated damages as defined in the contract documents for this project. Roadway Resurfacing - Multiple Sites The complete execution of this notice to proceed shall constitute a contract for the work described in the RPQ under the Request for Price Quotatton (RPQ) under the MGC 7360 Plan. Failure to properly execute and return this document within seven (7) calendar days of the date of this setter may result in the County rescinding the award to your firm and awarding the subject project to the next lowest responsive and responsible bidder. The terms and conditions applicable to this contract are In the 7360 Contract dated 6/1/2003 and the totality of the contract documents (including but not limited to the RPQ including any special provisions contained therein, drawings and specifications, addenda, and any contract modifications OP change order, etc.). This letter will also serve as a reminder that all work must be performed in accordance with the Contract Documents and in accordance with all applicable Federal, State and local laws, codes and regulations. In accordance the Contract procedure, the Miami -Dade County Purchase Order Number is PCMT2000415. - - _ . _. ...._. . _.. .... -._. . Should you have any question regarding this notification, please contact Frank Mendoza at 305-375-2111. Sinr ely,. Jolagfiln R assn, P.E. Construction Manager 3 To Be Completed_By The Contracting Firm I understand and accept the terms and conditions for the RP j # 20200203 referenced above. Accepted by: Company Name: ' . Authorized Representative .Name: Authorized Representative 19n re: Dated: .: - ♦ 2�J The for going as .: sworn and subscribed before me this day of , �-2,� by r i 04 e - , who Is personally known to me or who produced as �� p Y - - Identification who being- dMji sworn, deposes and says ttiartne .above s Due to -the best of :his knowledge, Information and belief. - - - -• f, 4- . .MY Commission expires: TAR' .PUBLIC STATE OF FLORIDA Note: Whoever is signing above is authorized to bind the corporation and must be an officer of the corpora' Corporations. Cc: Frank Guyamier, P.E., DTPW Alfredo Munoz, P.E., DTPW Roxana Bayern, P.E. DTPW Manuel Garcia, DTPW Alvaro Castro. DTPW 12131(2° Frank Mendoza, DTPW Project No.: 20200203 PCMT2000415 Bassam Moubayed, DTPW Marcia Martin,1SD Carlos Palma, DTPW : yf' Delsy Quintero , COMMISSiOn# 60203023 Expires: fir t7, 2022 v d rt fTon t4ot3ry filed ti t e Florida Division of Rene ldarraga ,P.E., DTPW Alicia Arce, DTPW Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLEIt= ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED 1N THE 'NOTICE TO PROCEED WITH CONTRACT WORK*. item Nor: • uantity:.._ :'Unit 1 WSR 2WSR 6WS1-A 6WS1-A 101-1-B 102-74-2 102-76 102-8A 102-99 102-60A 110-4 360.0 S.F. 480. S.F. 8.0 8,0 15.c 4,550.0 170.01 35.0 430.0 P.N. P.N. W.O. EA/DAY 1,3oo.d EA/DAY 115.8 S.Y. EA/DAY EA/DAY S.Y. CSCCRP_PROJECT BID _ITEMS 06/2412020 12:02 PM Saw cut and remove an average of two (2) inches of temporary cold asphalt patch on trench in order to expose and evaluate the condition of the base. ti base is found suitable, clean loose material and replace the amount of cold patch removed with hot type S asphaltic concrete up to the level of the surrounding surface. Saw cut and remove an average of two (2) inches of existing temporary cold asphalt patch on trench In order to expose and evaluate the condition of the base. If base is found unsuitable by the Engineer, remove base material and replace with a minimum of eight (8) inches of compacted Gmerock or six (6) inches of hot S asphaltic concrete. In either case, replace the cold patch removed with hot type S asphaltic concrete up to the level of the surrounding surface.. . . . _ . ._ Night Differential for Milling Night Differential for Resurfacing Mobilization BARRICADES ( Temporary, Type Ill, 6`) FLASHING ARROW BOARD (Temporary, Muitimode) RE -GRADE EXISTING SWALE (Without sod) (When required by the Engineer.) VARIABLE MESSAGE SIGN (Temporary) WORK ZONE SIGNS REMOVAL OF EXISTING PAVEMENT 1Nritten,.ilnitArtioUnt:.,_ _ 91/1-A4f to Poi cod, Atax (ifqi pi) Oef-i I Unlif'�._ • 12 14/4 egitt/rif' rivi) Dix (ielJ od-Q;D iry 3 5� 35' /0.'5 I, cif/ ati I ce 0001 k' 8• 01 Bidder must till -in completely the next page for the bid to be valid. Page 1 of 8 E=. Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites . PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE NOTICE TO PROCEED WITH CONTRACT WORK*. hem. 120-1 120-2-3 Quantity. _, 3,415.0 1 nit L.F. 2,600. S.Y. 25. G.Y. REMOVAL AND DISPOSAL OF EXISTING CURB AND GUTTER REMOVAL OF EXISTING CONCRETE SIDEWALK ( up to 8" thick, Including base preparation) REGULAR EXCAVATION EMBANKMENT FOR ROAD BU1LD-UP (Borrow material from Contractor's own source) 120-24 160-4 25.1 C.Y. 25. S.Y. 200-2 180.1 S.Y. Wrltteri'tlnit Amount: 4V-)6 'tiff 1.(1) 17'1 ive if/ r G' !' >-' ot(A/5 Pi? if/0 EMBANKMENT MATERIAL FOR SHOULDER - /" Borrow material, from contractor's own source, see I Special Provisions for description of material. I tiff6 'TYPE "B" STABILIZATION (12" Thick) (Min. C.B.R 30) 1X-115 )-'14 (9'((4,11 BASE PREPARATION FOR NEW SIDEWALK CONSTRUCTION (Where needed at the discretion of the Engineer) 210-1-2 35.0 S.Y. LIMEROCK BASE (8" double course) (Primed) 327-70 334-2-13-1 337-8-42 202,000.0 S.Y. 1 9,720. TON 4,165.0 TON MILLING EXISTING PAVEMENT E(1")(Payment for greater cuts will be paid proportionally)] Hot Mix Asphalt, Traffic C, SP -9.5 Hfirif( pdg v &i('75*if,/ . • JO, 24/7/0. 1'1'4 i -tty I 2g°1 �:1 06:11 �p. 96'S-) 3k° L , ✓ ifozeoo! Hot Mix Asphalt Friction Course, Traffic C, FC-9.5, PG 76-22 425-4(2) 16.0 ADJUSTING INLETS ok-c /4/Mc-I Aud Lgo lufiolod ,q7a7/ paD, )66 q7•97- tl 3;oo, CSCCRP_PROJECT_BIDJTEMS 06/24/2020 12:02 PM Bidder must fill-in completely the next page for the bid to be valid. Page 2 of 8 r: - :err= - -- - - - - Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE NOTICE TO PROCEEDIF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLt 1 ALL WORK UNDER WITH CONTRACT WORK*. •S item 425-5 425-6 Quantit i 65.d 110. 425-721E 425-721F 425-944B 15.d EA. 26. FA 10. EA. EA. Ues_'crFptii��� ADJUST MANHOLE (This item is contingent upon field conditions and may be Increased, decreased or eliminated by the Engineer) h(ifr Mb I tjfi EA. ADJUSTDADSCOUNTY EXISTINGONLY) VALVE(This item BOXESiscontingent (MIAMI d,1 e upon field conditions and may be increased, 1.J 111 decreased or eliminated by the Engineer) piob f f7 0 fAL, 14✓t�" " 6 00'M CONTRACT WITHN FIVE HUNDRED FORTY REMOVAL AND DISPOSAL of existing damaged frames and pick up new frames at Miami -Dade Water and Sewer, including adjustment and installation of Manholes. REMOVAL AND DISPOSAL of existing damaged frames and pick up new frames at Miami -Dade Water and Sewer, including adjustment and Installation of Water Valves. RECONSTRUCT MANHOLE 520-2A 1/1 3,450.0 L.F. CONCRETE CURB AND/OR GUTTER (Any type, Including base preparation) 522-1(1) reb 522-2 527-2 ira 17 575-1-1 2,600.d 180.0 1,420.d- 4' S.Y. CONCRE 1 t SIDEWALK [4" THICK, 3,000 P.S.I, CONCRETE AT 28 DAYS (Includes the cost of pedestrian ramps and sidewalk curbs) S.Y. S.F. 330.0 S.Y. CONCRETE SIDEWALK (6" Thick, 3000 P.S.I. concrete at 28 days) (including pedestrian ramps and sidewalk curbs) fritten Unit Amount�,.:Y _ • tier d(L))0 A",a 01r5 °Pe ff'Aj,?d )7.1. vii0,0/101' DETECTABLE WARNING ON WALKING' SURFACE SODDING (Pensacola Bahia or match existing) (includes watering) 635-1-11 - 48.0 AS. PULL BOX, METER TYPE (Polymer) fir} 700-40-01 35.0 AS. CSCCRP_PROJECT_BlD_1TEMS 06/24/2020 12:02 PM opi(ifvf v 64) itn) -10c444 9)1 cd/A►S ft.) -16 I/ a liPdoci OW - //coo .W644:11 c.c});///1 ROADSIDE SIGNS {(SINGLE POST ) (LESS THAN 12 S.F.)) Unit_ . :Price . 3.04 3 6f, r b�. 7/ 3c," Y+� .6/A cP go 36' 9V)/7 34f.wif Bidder must fill-in completely the next page for the bid to be valid. Page 3 of 8 • Bid Form PROJECT NO: 20200203 PROJECT TITLE: Roadway Resurfacing — Multiple Sites IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO SHE bi AEL TWORK U ER THIS O PROC D WITH CO TRA CT WITHIN FIVE HUNDRED FORTY (son) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN 700-46-22 705-71-361 706-1-12 710-11-121 710-11-122 710-11-123 710-11-124 710-11-125 710-11-141 710-11-160 uahti 28.0 EA. 35. EA. 5,740. 76,630. 830. 11,660. EA. L.F. L.F. L.F. ' 400.1 L.F. 6,505.d L.F. 27,800. 1 35.0 L.F. EA. BSGrlptTI n RESET EXISTING POST AND SIGN 36" TUBULAR DELINEATOR = Ifflrittan iJnit Amount:: REFLECTIVE PAVEMENT MARKERS (class B, mono or bi-directional, all colors) PAINTED PAVEMENT MARKINGS (Standard, White, solid, 6") ,F) LA, 17,04 q4A6 Pr �l�'�� � (pJ5 hr�t 9�j�; PAINTED PAVEMENT ARKINGS STANDARD,WHITE,SOLID, 8" M Ce‘' f' , G9/U 't 5 PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID, 12" PAINTED PAVEMENT MARKINGS (Standard, White, solid, 18") PAINTED PAVEMENT MARKINGS White, solid, 24") PAINTED PAVEMENT MARKINGS (White) (Skip) (6") PAINTED PAVEMENT (Standard)(White)(Message) 4.l3ra.e• .. 0." a3 ,.23 itooi qq9°' .23 (40.3qq:c4 igo7. S� 710-11-170 210. EA PAINTED PAVEMENT MARKING (Standard (White) (Arrows) A 710-11-221 33,250.0 L.F. i CSCCRP_PROJECT_BID_ITEMS 06/24/2020 12:02 PM PAINTED PAVEMENT MARKINGS Yellow, solid, 6") (Standard, I...i t4 ', So "" • g3 3(0P's:/ .*rif Bidder must fill-in completely the next page for the bid to be valid. Page 4 of 8 1 • lOtejW (Standard, 121)11,t✓X"" (Standard) MARKINGSI .fjA o t„, �� �,/1/,F j�(J� J .1 ::...........—__._._.______� Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPL�J E ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOTICE TO PROCEED WITH CONTRACT WORK*. `Item 'No. - 710 -11-224 710-11-241 710-26-41A uantity' 2,760.0 48,200,C 6,060.0 nit L.F. L.F. L.F. PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOUD, 18" PAINTED PAVEMENT MARKINGS (Standard) (Yellow) (Skip) (6") SOLID TRAFFIC STRIPE, PAINT - (4" white, or yellow) 711-2 711-5 711-11-121 711-11-122 711-11-123 711-11-124 • 711-11-125 48.0 146.0 66,480.0 748.0 11,690.0 LF. L.F. L.F. L.F. L.F. 930.1 L.F. 5,160.0 711-11-141 711-11-160 14,245.0 35.0 L.F. L.F. EA. CS CCRP_PROJ ECT_B ID_1TEMS 06/24/2020 12:02 PM SKIP TRAFFIC STRIPE (6' STRIPE, 10' SPACE) (WHITE THERMOPLASTIC) (6" WIDE) GUIDELINES [(6" DOTTED) (2'-4' White) (Thermoplastic)] THERMOPLASTIC (White) (Solid) (6") THERMOPLASTIC (White) (Solid) (8") THERMOPLASTIC (White) (Solid) (12") THERMOPLASTIC (White) (Solid) (18") THERMOPLASTIC (White) (Solid) (24") THERMOPLASTIC (White) (Skip) (6") THERMOPLASTIC (White) (Message) . Written I,Jnit Amouhf= • P;') -e? k"‘ I e e -(6(11 I) P- -9dtfAv, piQb ... •_. :•:.. ,(01 � oI Nog. beN' auz 1/1041 c/) .fhtiz 12„d/r/5- , L 1� k.14 014- iltho 01111 d 60;ejir d . 73 , go d•°3 3 • 3P Go ,t/sij2i y3� IS�i-Q q9o. a6, 3 f7'� 11, 4":ri' 1#7<.' Bidder must fill-in completely the next page for the bid to be valid. Page 5 of 8 j{ Bid Form PROJECT TIME: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 1F THIS PROPOSAL IS AFTER THEEFFECTIVE DATE ESTABLISHED WITHINES TO COMPLETE ALL WORK UNDER THIS CONTRACT FIVE HUNDRED FORTY (540) CALENDAR DAYS LISHED INHE *NOTICE TO PROCEED WITH CONTRACT WORK*. Item 711-11-170 711-11-221 • , quantity: 180.d 46,840.0 EA L.F. escriptidiy `" THERMOPLASTIC (White) (Arrows) THERMOPLASTIC (Yellow) (Solid) (6") 711-11-224 711-11-241 711-14-160 711-2A 1,220.0 3,870.0 65.0 35.0 711-33-34 711-35-41 711-3641 711-72 500.d 4,244.0 100.0 240.0 L.F. L.F. EA. L.F. L.F. L.F. L.F. S.F. THERMOPLASTIC (Yellow) (Solid) (18") THERMOPLASTIC (Yellow) (Skip) (6") Thermoplastic, Preformed, White, Message • SKIP TRAFFIC STRIPE, THERMOPLASTIC (4" WHITE/YELLOW, 6'-10' SKIP) SKIP TRAFFIC STRIPE- ((4" White/Yellow) (10' Stripe, 30' Skip)(Thermoplastic, lead free)] SOLID TRAFFIC W H1TE)(ihermoplastic)) STRIPE -[(4" SOLID TRAFFIC STRIPE [(4"Yellow) (THERMOPLASTIC) (Lead-free)] -liiii=itten'�� nit Arinount � �: ,_'- (of "f .141( i I- fru (i) REMOVAL OF EXISTING PAVEMENT MARKINGS (Thermoplastic & Paint) l tw' oi-)13 tist1 c-eP PriCer _= 61. 9f° 3 �5 55o Ode 613 Total.:"M • 31i qV mg; G� ol i d6P,Lt9/ ~CRP_PROJECT_B ID_ITEMS '2020 12:02 PM Bidder must fill-in completely the next page for the bid to be valid. Page 6 of 8 • tt Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, EFFECTIVE DATESD AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT ESTABLISHED IN THE NOTICE TO PROCEED WITH CONTRACT WORK*. FIVE HUNDRED FORTY (540) CAI FNDAR DAYS AFTER THE Total: The bidder understands and agrees that the above total is inclusive of all work necessary to complete the job as described in the plans and specifications. Quantities are established and are included only for the purpose of facilitating the uniform comparison of bids submitted. The County shall not be held responsible if the quantities are not accurate and all computations for compensation shall be based upon the actual work performed, whether greater or less than estimated quantities. a�od�3.70 Tax Identification Number. D.C. Certificate of competency No: Bidder's Name: Bidder's telephone Number. - Bidder's address: ii-/orge —7- 33: �r3 j //e2 Lt`"Y> t 33/.7 . •.::^CRP^PROJECT BID_ITEMS :'2020 12:02 PM Bidder must fill-in completely the next page for the bid to be valid. Page 7 of 8 CITY OF OPA-LOCKA AGREEMENT FOR SIDEWALK INSTALLATION SERVICES (Roadway Resurfacing Piggyback Competitive Award) This Agreement is made this day of , 2022, between the City of Opa-Locka, a municipal corporation organized and existing under the laws of the State of Florida and whose address is 780 Fisherman Street, Opa-Locka, Florida 33054 (the "City"), and H&R Paving, Inc. whose address is 1955 N.W. 110 Avenue, Miami, FL 33172(the "Contractor"). WITNESSETH WHEREAS, the Contractor desires to enter into this Agreement ("Agreement") with City to provide sidewalk installation services to the City (Sidewalk Installation — Phase III) (the "Project"); and WHEREAS, the parties desire to incorporate the terms and conditions of the solicitation and contractual arrangement between Miami -Dade County (Department of Transportation and Public Works) and the Contractor, as set forth in the Miami -Dade County Request For Price Quotations No. 20200203 ("the RPQ"); and WHEREAS, the City Code provides authority for the City to select and contract through the use of the competitive bid process of another government entity as an exception to the otherwise required formal bidding process. NOW THEREFORE, in consideration of the mutual covenants set forth in this Agreement, the receipt and sufficiency of which is acknowledged, the parties agree as follows: Section 1. Term. The term of this Agreement commences upon fully execution of this agreement and continues through June 28, 2022, unless terminated earlier by its terms. 1 Section 2. Contract Terms. The Contractor agrees to provide the City with sidewalk installation services in accordance with the City's requirements as set forth herein and the Standard Contract between Miami -Dade County (Department of Transportation and Public Works) and the Contractor dated on or about January 4, 2021 (the "Miami -Dade County Agreement"), attached hereto and incorporated herein as Exhibit "A". The exhibits are incorporated into this Agreement for all purposes, and are collectively referred to as the "Contract Documents", and represent the entire agreement between the parties. In the event of conflict between or among the Contract Documents, the order of priority shall be: this Agreement, the Miami -Dade County Agreement and the Contractor's accepted proposal. Section 3. Scone of Work The following provisions are included: A City shall pay Contractor no more than the unit prices set forth in the Contract Documents and in accordance with the provisions of the Contract Documents. If the City requires services not covered by unit prices already made a part of the Contract Documents, the Contractor shall submit a detailed written proposal to the authorized City representative before providing any such services. For these purposes, Airia Austin, as PW & CIP Director, shall be the City Representative and may be reached at (305)953- 2868 Ext. 1450. B. If permits are required, Contractor shall submit complete and accurate permit applications to all applicable permitting agencies within ten work days of receiving from the City all documents necessary to file such permit applications. The City shall pay all permit and related fees directly to the permitting agencies, including any permit fees charged by the City. C. The City of Opa-Locka shall be substituted for the County of Miami -Dade with regard to any and all provisions of the Miami -Dade County Agreement, the RPQ, and the Contractor's bid, including by example and not limitation, with regard to bond requirements, insurance, indemnification, licensing, termination, default and ownership of documents. All recitals, representations, and warranties of Contractor made in those documents are restated as if set forth fully herein,made for the benefit of the City, and incorporated herein. D. Contractor shall not commence work on the Project unless and until the requirements for insurance have been fully met by Contractor and appropriateevidence thereof, in the City's sole discretion, has been provided to and approved by the City. Section 4. Assignment. Neither party may assign its rights or obligations under this Agreement without the consent of the other. Section 5. Notice. Notice hereunder shall be provided in writing by certified mail, return receipt requested, or customarily used overnight transmission with proof of delivery, to the following parties, with mandatory copies, as provided below: For City: Copy lo: James Wright, City Manager City of Opa-Locka 780 Fisherman Street Opa-Locka, Florida, Florida 33054 Burnadette Norris -Weeks, Esq. City Attorney Burnadette Norris -Weeks, P.A. 401 NW 7t' Avenue Fort Lauderdale, Florida 33311 For Contractor: Raul Gonzalez H&R Paving Inc 1955 N. W. 110 AVE Miami, FL 33172 Section 5. Severability. This Agreement sets forth the entire agreement between Contractor and City with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this Agreement upon the terms and conditions above stated on the day and year first above written. CITY: City of Opa-Locka Date: By: James Wright, City Manager APPROVED AS TO FORM AND LEGAL SUFFICIENCYFOR THE USE OF AND RELIANCE BY THE CITY OF OPA-LOCKA ONLY: B City Attorney Burnadette Norris -Weeks, P.A. By: Joanna Flores, City Clerk CONTRACTOR: H&R Paving, Inc. By: Witness: PRINT NAME Date: TITLE Date: